Service and Maintenance on 5 Liconic CO2 incubators
ID: 75N95025Q00002Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide service and maintenance for five Liconic CO2 incubators utilized in Alzheimer’s research. The procurement includes comprehensive maintenance and repair support, which encompasses preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. This contract is crucial for ensuring the operational integrity of essential research equipment, thereby supporting ongoing Alzheimer’s research efforts at the NIH facility in Bethesda, Maryland. Interested parties must submit their proposals by 9:00 a.m. Eastern Daylight Time on October 22, 2024, referencing solicitation number 75N95025Q00002, and can direct inquiries to Emily Palombo at emily.palombo@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the provisions related to the representation and certification regarding covered telecommunications and video surveillance services or equipment, as specified in the Federal Acquisition Regulation (FAR). It mandates that offerors represent their use of covered telecommunications equipment or services in federal contracts, as stipulated by Section 889 of the John S. McCain National Defense Authorization Act of 2019. This Act prohibits procurement involving certain hazardous telecommunications equipment, focusing on maintaining national security. Definitions for key terms are provided, along with procedures for checking exclusions in the System for Award Management (SAM). Offerors must disclose whether they will provide or use covered services, detailing specific information about the products and services involved, including origins, descriptions, and planned use. This regulation serves to ensure that federal contracts avoid potential risks associated with certain telecommunications technologies, reinforcing compliance and transparency in government procurement processes.
    The document outlines the federal provision 52.204-26 regarding "Covered Telecommunications Equipment or Services-Representation." It establishes definitions and procedures for offerors to represent their provision or use of covered telecommunications equipment or services in contracts with the government. Specifically, offerors must check the System for Award Management (SAM) for entities excluded from receiving federal awards due to concerns about these telecommunications services. They are required to declare whether they do or do not provide such services and whether they have conducted a reasonable inquiry to determine the use of any covered telecommunications equipment in their operations. The provision emphasizes compliance and transparency in governmental contracting, ensuring that federal funds do not inadvertently support entities engaged in problematic telecommunications practices. This document plays a critical role in maintaining oversight and accountability within government contracts, particularly in the context of federal grants and related requests for proposals (RFPs).
    The document serves as an addendum to FAR 52.212-4, detailing the terms and conditions applicable to commercial items contracts. It provides a specified order of precedence for resolving inconsistencies within the solicitation or contract, prioritizing the schedule of supplies/services first. Key sections address commercial supplier agreements, particularly their applicability to U.S. Government acquisitions. It outlines the government’s rights concerning unilateral amendments to non-material terms, limits on automatic renewals, indemnification stipulations, audit practices, and provisions governing taxes. Significant clauses reinforce that federal law governs disputes, and that contract terms should not bind individual government employees personally. Contractors must seek government approval for assignments or delegation of rights. Additionally, confidentiality clauses are amended to ensure compliance with the Freedom of Information Act. The meticulous structure and detailed guidelines aim to safeguard the government’s interests in commercial transactions, emphasizing compliance with federal laws and preventing conflicts with state or local law. This addendum is essential for parties involved in government RFPs and contracts, as it clarifies expectations and legal frameworks for commercial supplies and services.
    The document outlines contract terms pertaining to federal acquisition regulations (FAR) for commercial products and services, specifically outlining clauses that contractors must adhere to. It establishes compliance requirements for contractors with various statutes and executive orders, detailing clauses covering topics such as restrictions on contractor practices, employee rights, whistleblower protections, and equal opportunity mandates. Key clauses include those addressing the prohibition on contracting with entities that present national security risks, requirements for small business subcontracting, and service labor standards. The document emphasizes the necessity of maintaining transparency in contract records and audits, and the obligations related to employee rights under the National Labor Relations Act. Furthermore, it mandates certain clauses to be included in subcontracts, reinforcing the protection of rights and ethical responsibilities in federal contracting. This structure is essential for ensuring compliance and managing governmental contracts efficiently while promoting fairness and accountability in federal acquisitions.
    The document outlines the certification requirements for offerors seeking exemption from the Service Contract Labor Standards (SCLS) for certain contracts. The offeror must certify that the services provided are regularly sold to non-governmental customers, are priced based on established catalog or market prices, involve service employees spending less than 20% of their time on government contracts, and adhere to a consistent compensation plan for all employees. If the offeror meets these conditions, the Contracting Officer may determine that the SCLS does not apply, thereby excluding the SCLS clause from the contract. Conversely, failure to comply with the certification will affect contract award eligibility. The document serves as an essential guideline within the context of federal RFPs and grants, ensuring compliance with labor standards while providing an exemption framework for specific services rendered to government agencies. The structure includes certification provisions, conditions for exemption, and stipulations for contracting officers, ensuring adherence to established standards while facilitating clear communication between offerors and the government.
    The document outlines the invoice and payment provisions for contractors working with the National Institutes of Health (NIH) as of March 20, 2023, emphasizing compliance with federal regulations. It details the mandatory requirements for submitting a proper invoice, including necessary identification, contract details, and itemized charges, with specific provisions for perishable goods. Timely payment is mandated, with penalties for late payments governed by the Prompt Payment Act. The provision also promotes accelerated payments to small business subcontractors, stipulating that contractors must make prompt payments after receiving invoices. Invoices must be submitted electronically through the Department of Treasury's Invoice Processing Platform (IPP), with alternative submission processes permitted only with prior authorization. Overall, the document serves as a guideline to ensure that contractors provide proper invoices and receive timely payments, fostering a structured approach to handling financial transactions within government contracts, particularly in the context of federal grants and RFPs.
    The National Institute on Aging (NIA) seeks to procure maintenance and repair services for five Liconic CO2 incubators utilized in Alzheimer’s research. The contract spans a base year from November 1, 2024, to October 31, 2025, with two optional one-year extensions. Services required include preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. The contractor will not receive travel reimbursement, as the work will be conducted at the NIA's Bethesda, MD facility, which will also provide workspace for the technicians. Additionally, the contractor is obligated to submit written reports detailing maintenance activities. Adherence to regulations, such as Section 508 for electronic and information technology standards, is required, ensuring compliance and safeguarding of sensitive operational protocols. This project underscores the importance of maintaining vital research equipment to ensure the continuity and integrity of NIA research efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer (Serial no: P48_051)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for the Nanopore Promethion Long Read Sequencer (Serial no: P48051). The selected contractor will provide comprehensive maintenance support, including labor, travel, replacement parts, software upgrades, and staff training to ensure the reliable functioning of this critical laboratory equipment used in aging and Alzheimer's research. This contract is anticipated to be awarded as a firm fixed-price purchase order, covering a performance period from October 28, 2024, to October 27, 2025, with four option years. Interested vendors must submit their quotations by 11:00 A.M. Eastern on October 16, 2024, to Hashim Dasti at hashim.dasti@nih.gov.
    CO2 MINITRON INCUBATOR SHAKER AND INTEGRATED CO2 CONTROLS
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of CO2 Minitron Incubator Shakers and integrated CO2 controls, essential for laboratory research. The requirement includes two units of the CO2 option for the new Minitron and three units of integrated CO2 control, both from INFORS HT, to support the National Institute of Allergy and Infectious Diseases (NIAID) in its research efforts. This acquisition is processed under Simplified Acquisition Procedures, emphasizing the importance of these instruments in facilitating advanced laboratory work. Interested vendors must submit their offers by October 21, 2024, at 12:00 PM EST, via the NIAID electronic Simplified Acquisition Submission System (eSASS), and can direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov.
    BD FACSLyric Flow Cytometers System Preventative Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventative maintenance services for BD FACSLyric Flow Cytometers Systems. The procurement aims to ensure the continued operation and maintenance of critical laboratory equipment used in patient care and cell therapy, which includes unlimited telephone support, service visits, emergency onsite requests, software updates, and annual preventative maintenance inspections. Interested small businesses must submit a capability statement and business information by 12:00 PM Eastern Standard Time on October 17, 2024, to Sheri Eiri at sheri.eiri@nih.gov, referencing posting number 25-000245. The anticipated contract will cover a base year and four option years, starting from December 24, 2024.
    Notice of Intent for Meso Scale Discovery Sector S 600 Readers Service Contract
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source maintenance service contract with Meso Scale Diagnostics LLC for the servicing of MESO SECTOR S 600MM instruments located at its Gaithersburg, MD facility. The contract encompasses several service packages, including preventive maintenance inspections, repairs, and pre-contract inspections for specific instruments, with maintenance services set to commence between October 24, 2024, and April 17, 2025, and concluding on May 5, 2025. This procurement is critical for ensuring the operational reliability of laboratory equipment essential for research, and it mandates that vendors provide factory-trained technicians and OEM specification parts. Interested vendors must submit their capability statements and relevant documentation via the NIAID electronic Simplified Acquisition Submission System (eSASS) by 10:00 AM on October 18, 2024, as this opportunity is not a request for proposals.
    NIH Overhaul services building 12A
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a Sole Source contract for overhaul maintenance services for the Hitec Drups Units B1 and B2 located on the Bethesda Campus. The contractor will be responsible for ensuring reliable power to NIH's critical biomedical research operations through the maintenance of diesel rotary uninterruptable power sources (DRUPS), which are vital for maintaining operational continuity amid grid instability. The contract period is set from October 2024 to October 2025, categorized under NAICS code 423610, and interested firms must submit their qualifications to Ms. Anazette Andrews via email by October 17, 2024, referencing contract number C109738. The government retains the discretion to proceed with competitive procurement based on the responses received.
    SERVICE AGREEMENT FOR FACSYMPHONY A5 SPECTRAL CELL ANALYZER AND HIGH THROUGHPUT SAMPLER
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified contractor to provide a service agreement for the BD FACSymphony A5 Spectral Cell Analyzer and High Throughput Sampler. The procurement includes comprehensive coverage for parts, labor, and preventative maintenance, ensuring the operational efficiency of critical laboratory equipment used in research and diagnostics. The contract will be awarded based on technical capability and price, with a performance period from December 13, 2024, to December 12, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by October 21, 2024, at 12:00 am EST, and can contact Maliaka Pinkney at maliaka.pinkney@nih.gov for further inquiries.
    Illumina, Inc MiSeq Instruments Preventative Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source firm fixed-price contract to Illumina, Inc. for the preventative maintenance of MiSeq Sequencing Systems located in Bethesda, Maryland. This contract is crucial for ensuring the operational integrity of the equipment, which is essential for high-resolution Human Leukocyte Antigen (HLA) typing in transplant patient testing. Illumina, Inc. is the sole manufacturer and service provider for these systems, and their maintenance is necessary to prevent warranty invalidation and ensure accurate patient test results. Interested parties may express their interest by October 21, 2024, but the decision to not pursue competitive bids will be at the discretion of the government. For further inquiries, contact Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
    In-VitroCell NU-5710 Direct Heat CO2 Incubator
    Active
    Health And Human Services, Department Of
    Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to procure an In-VitroCell NU-5710 Direct Heat CO2 Incubator. This item is typically used for laboratory research and is intended to replace the current incubators being utilized at NIEHS. The procurement is being conducted on a sole source basis with Nuaire, Inc. The delivery date for this purchase is September 30, 2024. Interested parties may submit a capability statement by July 25, 2024, 5:00 PM EST. For more information, please contact Brian Moyer at moyerbd@niehs.nih.gov.
    Notice of Intent - Renewal Maintenance Services for MILabs VECTor at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for renewal maintenance services for the MILabs VECTor imaging equipment at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. The contract will cover preventative and remedial maintenance, ensuring the equipment operates within the stringent requirements of a BSL-4 containment environment, which is critical for high-level biological research. The anticipated period of performance includes one base year from November 1, 2024, to October 31, 2025, with four additional one-year option periods, and interested vendors may submit their capabilities statements to Danielle Tines at danielle.tines@nih.gov within 15 days of this notice. The NAICS code for this acquisition is 811210, and the estimated contract value is not disclosed.
    Preventative Maintenance Agreement
    Active
    Health And Human Services, Department Of
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.